Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: building and construction works
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
1022201 SVV Gol co-use station and 24 hour resting place H002 Construction Management.
Reference number: 2017/2762
II.1.2)Main CPV code
71311000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Norwegian Public Roads Administration, South Region, has given the Norwegian Construction and Property Management Department the assignment of obtaining tenders for a turnkey contract for a new co-use station (combined traffic and control station) and a 24 hour resting place on national road 7 at Gol. The site is located by the new exit from national road 7 along Hallingdalselva.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:
The co-use station shall meet users' needs for station services and for the control of traffic along national road 7 and national road 52 to Vestlandet. The building consists of an administration building with public orientated activities and an inspection hall for large vehicles. GFA is set at 667 m² for the co-use station and inspection hall and developed outdoor area of 4.8 decares. Garage of 51.0 m² GFA can possibly be triggered as an option.
The 24 hour resting place consists of a developed outdoor area with parking places for 21 heavy goods vehicles, a service building (toilet and shower facilities), 27 m² GFA and developed outdoor area of 9.2 decares.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Requirement: Tenderers are required to have a legally established company.
Documentation: Company registration certificate, foreign companies are required to have an equivalent certificate as prescribed by the laws of the country where the company is registered, alternatively StartBANK ID.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Requirement: Tenderers are required to have sufficient
financial implementation ability.
The size of the turnover, seen in relation to the contract value, can be emphasised.
Documentation: The Norwegian Construction and Property Management Department will carry out a credit rating of tenderers.
Tenderers can, in addition, be asked to submit the auditor confirmed annual accounts, alternatively, state StartBANK ID.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Requirement: 1) Tenderers (the company) are required to have sufficient experience from assignments with a comparable value.
2) The tenderer is required to have a good system for performance control.
3) Tenderers are required to have secure implementation ability (capacity).
Documentation: 1. Approximately one A4 page description should be submitted per project, for up to three reference projects from the last three years
with a comparable value, including information on, amongst other things:
— the name of the project,
— contracting authority,
— the project's size in m² and cost,
— type of building,
— type of contract,
— The assignment's contract value excluding VAT,
— the firm's assignments/role in the project,
— the start-up date and completion date (year) / if not completed — where one is in the project,
— in what phases the assignment was carried out.
2. Description of the system with method description and list of equipment that the tenderer used for implementation control (approx. two A4 pages).
3. Overview of the number of employees in the company, divided into job categories.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 08/08/2017
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/08/2017
Local time: 10:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Oslo Tingrett
Oslo
Norway
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
20/06/2017